Download as pdf or txt
Download as pdf or txt
You are on page 1of 16

17th April 2024

Acquisition of Secondhand Container vessel of around 9,000 to 12,000 TEUs of up


to15years old

1.0 Our client is interested in acquisition of one secondhand container vessel of around 9,000
to 12,000 TEUs.

2.0 Technical Details of Vessel:


2.1 Brief “Technical Particulars” of the vessel desired by client are given at Annexure-1.
Bidders are requested to submit detailed offer for suitable vessels along with the duly filled
Technical Particulars.

2.2 Vessels which are built at reputed and experienced shipyards will only be considered.
Major equipment should be of reputed OEM/Korean Licensee/ Japanese Licensee
manufactured make and model as specified in the Technical Particulars Annexure – 1.
.
2.3 Vessels should be up to 15 years old as on 31st March 2024.

2.4 Vessel without BWTS will not be considered.

2.5 Vessels fitted with scrubber will be considered, however there will be no advantage/
weightage given for vessel fitted with Scrubber vis-à-vis non-scrubber vessel.

3.0 Submission of Offer:


3.1 The Offer for sale of the intended vessel shall be submitted by the Bidders in separate
envelopes as under:

a. Part-I: The detailed Technical Specifications to be submitted in a sealed envelope


(Envelope-I)

“PART-I: TECHNICAL OFFER


“ACQUISITION OF SECONDHAND CONTAINER VESSEL OF AROUND 9,000 TO 12,000
TEUS OF UP TO15YEARS OLD”

b. Part-II: The Commercial Offer is to be submitted in a sealed envelope (Envelope- II)

PART-II: COMMERCIAL OFFER


“ACQUISITION OF SECONDHAND CONTAINER VESSEL OF AROUND 9,000 TO
12,000 TEUS OF UP TO 15YEARS OLD”

3.2 Both the envelopes (i.e. Technical Offer and Commercial Offer) shall be enclosed together
in a covering envelope on which name of the bidder shall be mentioned.

3.3 Please note that only Sealed Offers would be accepted and Offers submitted by fax / email
will not be considered.

4.0 Date and Time for Submission of Offer

4.1 Both offers i.e. Technical Offer and Commercial Offer should reach client at the above
mentioned address not later than 1700 hours (IST) on 6th May 2024 which is the last

Gr8 Value Trading FZCO


IFZA Business Park, DDP, Premises No- 42734-001, Dubai Digital Park, Dubai Silicon Oasis, Dubai, United Arab Emirates.
Mob: +91 9619 179 215 | Mail: vikas@gr8-value.com | www.gr8-value.com
prescribed date and time for receipt of offers. The technical offers shall be opened at 1200
hrs (IST) of 9th May 2024. Bidders may depute their representative(s) and they shall carry
authorization letter (on letter head) to attend technical bid opening meeting.

5.0 Commercial Offer

5.1 Commercial Offers of only those vessels which are technically qualified will be opened. All
technically qualified bidders will be informed about the date and time of opening
commercial offer.

5.2 The Commercial Offer should take into account the following:
a. Price: The price has to be quoted in US Dollars on 100% cash basis. The price should
be ALL INCLUSIVE, inclusive of Customs duty, GST and any other taxes, duties and
levies as applicable.

b. The price has to be quoted as total price for the vessel with delivery at Mundra to
Colombo range and the onus of transporting the vessel to at delivery port including
insurance during the transit would lie with the bidder.

c. Delivery: The availability date of the vessel should be indicated. The vessel should be
charter free at the time of delivery.

d. Validity: The Commercial Offer (Part-II Offer) shall remain valid for a period of 90 days
from the last date of submission of the Offer.

5.3 The commercial evaluation would be on the basis of comparative IRR workings, taking into
account the balance life of the vessel, Bunker consumption, drydock and other
expenses/loadings.

5.4 (a) 100% payment will be made at the time of delivery of vessels; (b) client reserves the
right to claim suitable compensation, if the seller fails to deliver the vessel at agreed time
after signing of MOA; an appropriate clause with amount of compensation would be
incorporated in the MOA at the time of signing of MOA.

5.5 Bidders may note that in order to maintain confidentiality, bidders will not be invited at the
time of opening of commercial offers. However, to maintain transparency, the commercial
offers will be opened in presence of client‟s Independent External Monitor (IEM); and the
bids shall be kept confidential for 6 months.

Gr8 Value Trading FZCO


IFZA Business Park, DDP, Premises No- 42734-001, Dubai Digital Park, Dubai Silicon Oasis, Dubai, United Arab Emirates.
Mob: +91 9619 179 215 | Mail: vikas@gr8-value.com | www.gr8-value.com
6.0 Evaluation of Offers:

6.1 During evaluation of the Offers, appropriate weightage would be given to specific fuel
consumption, and Dry dock Survey, with due consideration to the balance life of the
vessel. Details as follows:

a. Container Carrying Capacity – Vessel having capacity to carry Nominal 9000 to 12000
14T per TEU Homogeneous containers will be considered for acquisition. The vessel
with less than 9000 TEU capacity and more than 12000 TEU capacity will not be
considered for acquisition. The offered vessel having highest container carrying
capacity will be taken as base and loading factor will be applicable on other vessels with
lesser container carrying capacity in comparison to highest capacity vessel. The loading
factor would be as follows:
Loading in US$ per TEU shor all
15 year old ship $ 2,708
14 year old ship $ 2,871
13 year old ship $ 3,021
12 year old ship $ 3,159
11 year old ship $ 3,285
10 year old ship $ 3,401
9 year old ship $ 3,507
8 year old ship $ 3,605
7 year old ship $ 3,694
6 year old ship $ 3,776
5 year old ship $ 3,852
4 year old ship $ 3,921
3 year old ship $ 3,984
2 year old ship $ 4,042
1 year old ship $ 4,095

b. Speed – The vessel with EEXI speed of 16 to 19 Knots shall be considered. There will
be no additional weightage given to the vessel having EEXI speed of more than 19
knots. However, vessel having less than EEXI speed of 16 knots will not be considered
for acquisition. The offered vessel having highest EEXI speed will be taken as base and
loading factor will be applicable on other vessels having lesser EEXI speed. The loading
factor applicable for shortfall in speed will be as follows:
Loading per 0.1 knot shortfall
15 year old ship $ 1,40,562
14 year old ship $ 1,49,050
13 year old ship $ 1,56,837
12 year old ship $ 1,63,981
11 year old ship $ 1,70,536
10 year old ship $ 1,76,549
9 year old ship $ 1,82,065
8 year old ship $ 1,87,126
7 year old ship $ 1,91,769
6 year old ship $ 1,96,029
5 year old ship $ 1,99,937
4 year old ship $ 2,03,523
3 year old ship $ 2,06,812
2 year old ship $ 2,09,830
1 year old ship $ 2,12,598
3
c. Bunker Consumption per day – The bunker consumption will be compared when vessel
is steaming at power of ME corresponding to 16 Knots speed at design draft as per sea
trial data and considering ME SFOC from shop test data. The offered vessel with lowest
bunker consumption would be taken as base and loading will be applicable on other
vessel with higher bunker consumption (as compared to the lowest consumption
offered). The loading factor for higher bunker consumption would be as follows:
Loading for per MT excess consumption (US$)
15 year old ship $ 11,94,089
14 year old ship $ 12,66,194
13 year old ship $ 13,32,346
12 year old ship $ 13,93,036
11 year old ship $ 14,48,714
10 year old ship $ 14,99,796
9 year old ship $ 15,46,660
8 year old ship $ 15,89,654
7 year old ship $ 16,29,098
6 year old ship $ 16,65,285
5 year old ship $ 16,98,485
4 year old ship $ 17,28,943
3 year old ship $ 17,56,886
2 year old ship $ 17,82,522
1 year old ship $ 18,06,041

d. Dry dock, Special Survey / Intermediate Survey: Additional loading for Drydock and
Special Survey based on age and up keep of the vessel will be decided depending on
the physical inspection of the vessel. In case the physical inspection reveals additional
expenses to be incurred in forth coming drydock, the same would be factored in for
loading.

e. Loadings after inspection of vessels: as an outcome of the physical inspection of vessel


if it is found that there is further shortfall in the parameters vis-à-vis what is declared by
the bidder and technical deficiencies are observed (other than agreed
retrofits/modifications), the same would be loaded appropriately.

6.2 client would be free to call for any details/clarifications from the shortlisted bidders. The
above loading factors are calculated based on client‟s experience of operating similar
vessels and the same would be strictly adhered to while evaluating offers.

7.0 GENERAL TERMS & CONDITIONS:


7.1 client does not bind itself to accept the lowest offer and has the sole discretion to accept or
reject any bid or scrap the tender at any stage without assigning any reason.

7.2 client does not pay any commission or brokerage in any form to any party. Brokers may
submit bids on behalf of vessel owners; however, the bids/ offers should be accompanied
with an “Authorisation Letter” from the owners authorising the broker to deal with client
for sale of the intended vessel. The “Authorisation Letter” should be enclosed with the
Technical Offer i.e. in “Envelope-I”.

7.3 The owner would have to facilitate inspection of Class records of the vessel by client
and/or by client appointed independent agency. client would prefer “online” inspection of
Class records.
7.4 client will arrange one or two independent inspections. Owners to facilitate inspection
arrangements and make arrangements at their cost for safe launch/ boats service / vehicle

4
within the port premises and boarding passes/ permits from port authorities for client and
client appointed third party inspectors. Owners/agents/master would be required to provide
full cooperation to inspections teams.

7.5 Integrity Pact:


a. Bidders are required to submit “Integrity Pact” (Annexure-3), duly signed by the same
signatory on all pages and details filled in properly. The acceptance of Integrity Pact
shall be unconditional and the bidder must not change any contents of the Integrity
Pact. The signed Integrity Pact should be enclosed with the Technical Offer i.e. in
“Envelope-I”.

b. Bidders shall not approach the Courts while representing the matters to IEMs and will
await IEMs decision in the matter.

7.6 All applicable Makers‟ guarantee/warranty/etc. shall be passed on to client at the time of
delivery.

7.7 The Sellers shall ensure that the Vessel is free from all charters, encumbrances,
mortgages and maritime liens or any other debts whatsoever one day before delivery, and
is not subject to Port State or other administrative detentions. The offered vessel should
not be on “block” or “blacklisting” list of any of the ports/terminals or OFAC or any other
nations. The Sellers hereby undertake to indemnify the Buyers against all claims and
consequences of claims made against the Vessel which have been incurred prior to the
time of delivery.

7.8 A full day sea trail besides dock trial to be carried out in the presence of client
representatives to show that all the equipments are satisfactorily working before delivery.
Further, an underwater inspection would have to be arranged by the bidders before
delivery of the vessel in the presence of Class.

7.9 Underwater cleaning to be carried out if the vessel is on long layoff (more than 6 months).

7.10 client‟s past experience with OEMs shall also be considered in the technical evaluation of
the Offers.

7.11 One set each of finished drawings (Hull, Machinery, Outfitting, Electrical, Piping, etc) and
equipment manuals in hard and soft copies to be submitted to client Mumbai within 15
days after signing of MOA.

7.12 Technical bid should be serially page numbered along with details of documents provided
in an index page. Bidders/owners have to agree in toto to all the terms & conditions of this
tender document, and an undertaking letter should be enclosed with the Technical Offer
i.e. in “Envelope-I”.

7.13 DISQUALIFICATION:
The bid is be liable to be disqualified, if:
i. Bidder does not meet the technical requirements, as prescribed in Annexure-1 (i.e.
Technical Parameters).
ii. Bid is not submitted in accordance with the terms and conditions of the Tender.
iii. During validity of the quotation period or extended period, if any, the Bidder increases
their quoted prices.
iv. Bidder qualifies the tender with their own conditions.
v. Bid is received in incomplete form including Price Offer.
vi. Tender is received after due date and time.
vii. Information on technical parameters is found to be incorrect or false at any time either
during the processing of the tender (no matter at what stage).
viii. While processing the tender documents, if it comes to the knowledge of Corporation
that some of the bidders have formed a cartel resulting in delay/ holding up the
processing of tender. All such bidders involved in cartel are liable to be disqualified for
this contract as well as for a further period of two years.

7.14 The tenderers with whom the Corporation has dealt with earlier may also note that their
performance during past dealings with the Corporation and also if they had committed
breach of contract, legal disputes or having unsatisfactory performance with any of the
Government body etc., would be taken into account and it would be at Corporation‟s sole
discretion whether to consider such parties in the tendering process.

7.15 JURISDICTION CLAUSE: All matters connected with this tender shall be governed by the
Indian Law both substantive and procedural, for the time being in force and shall be subject
to the exclusive jurisdiction of Indian Courts at Mumbai.

CHECK-LIST

(1)Sealed Envelope-I
i. Detailed Technical Particulars of the vessel (as per Annexure-1)
ii. Undertaking: as per Annexure-2.
iii. Authorization letter: Brokers submitting offers on behalf of owners are required
to submit an “Authorization Letter” from the owners authorizing the broker to deal
with client for sale of the intended vessel.
iv. Integrity Pact: duly signed on all pages and details filled in properly.
v. Terms & conditions: Undertaking from the Bidders/owners, agreeing in to-to to
all the terms & conditions of this tender document.

(2) Sealed Envelope-II


i. Price bid: Unconditional, all inclusive price for the offered vessel, with delivery at
Mundra to Colombo range.

Note: Price bid should not be enclosed or revealed or combined with Technical
offer (i.e. Envelope-I).

******************************

6
Annexure 1
DETAILED TECHNICAL PARTICULARS OF THE VESSEL

NOTE: BIDDER TO SUBMIT DULY FILLED-IN TECHNICAL SPECIFICATIONS SHEET


SEPARATELY FOR EACH OF THE OFFERED VESSEL
General Description:
Single screw diesel engine driven 9000 - 12000 TEU Container vessel fitted with (i)
electronic engine (ii) BWTS unit(s) will only be considered.
S.No PARAMETER client REQUIREMENT BIDDERS TO FILL
1 Basic parameter
i)Name of the Vessel -
ii) Previous Name if any -
iii) Name & details of the -
owner
iv) Call Sign -
v) Official No. -
vi) IMO No. -
vii) Port of Registry -
viii)Flag -
2 Hull No. & shipyard -
where built
3 Principal Particulars
i) LOA [Meters] -
ii) Height from keel to -
top of mast
iii) Breadth Moulded -
[Meters]
iv) Depth Moulded -
[Meters]
v) Design draught -
vi) Summer draught Not more than 16m
4 i) Classification ABS/BV/DNV/IRS/LRS/NK
ii) Class Notation To be specified by the bidder
5 Age limit of vessel Up to 15 years old
6 Deadweight at summer About 100,000 DWT
draught
7 Container Capacity Nominal 9000 to 12000
14T per TEU Homogeneous– number to
specify
Capacity In hold, on deck / hatch cover &
reefer to be specified.
8 Light Displacement – To be indicated by the bidder.
LDT ( M/T)
9 Intermediate Survey / To be specified by the bidder, with all details.
Dry Dock & Special
survey status
10 i)Main Engine Engine Power & RPM to be specified.
(electronically controlled Engine should be capable of running on Fuel
engines ME or Flex ) oil 380 cst.
(Only Reputed OEM/Korean Licensee/
Japanese Licensee manufactured Engine
Make & Model will be accepted).
7
ii) Bunker Consumption To be indicated at power of ME
per day for main corresponding to 16 Knots speed at design
engine. draft.
Sea trials data and shop test data to be
submitted as supporting documents.
iii) Year of build of Main New at the time of installation onboard the
Engines Vessel.
11 Propeller Fixed Pitch propeller.
12 Speed [knots] Vessel to meet 16~19 Knots speed after
EEXI compliance
Note: There will not be any benefit for

vessels with higher speed than 19 knots.


Vessels with less than 16 Knots speed will
not be accepted.
13 CII Rating Current CII rating to be indicated.
Supporting IMO DCS data to be furnished.
14 Energy Saving Devices Details to be specified, if fitted
15 Electrical generating At least four (4) independent Diesel
plant generators engine capable of running on
HFO 380 cst.
(Only Reputed OEM/Korean Licensee/
Japanese Licensee manufactured Make &
Model will be accepted).
Type: Vertical, In line, Single action, 4
Cycle, Direct, water cooled diesel engine
T/C and air cooler, not more than 900 rpm.
Each generator should be capable of taking
full sea load with adequate margin.
One suitable Emergency generator.
(Only Reputed OEM/Korean Licensee/
Japanese Licensee manufactured Make &
Model will be accepted).
16 Steering Gear Details to be specified by the bidder.
(Only Reputed OEM/Korean Licensee/
Japanese Licensee manufactured Make &
Model will be accepted).
17 Rudder Details to be specified by the bidder.
18 Bow Thruster Details to be specified by the bidder
19 Main engine, Diesel Should be capable of running on (a) 0.1
Generator Engines and % sulphur Fuel oil (MGO) in compliance
Aux. Boilers. with latest ECA regulations and (b) 0.5%
Sulphur fuel (HFO), or 3.5% sulphur fuel
with scrubber in compliance with IMO
2020 regulations.
Compliance certificate to be submitted.
(No advantage / weightage in evaluation will
be considered for vessel fitted with scrubber
vis-a- vis non-scrubber vessel)
20 FO tank capacity & type Details to be specified by the bidder
of FO
21 Stack loads for Tank Details to be indicated
top, Deck, Hatch cover
22 Fresh water tank Details to be specified by the bidder.
8
capacity
23 Fresh Water Generator Minimum 1 Set, details to be indicated
24 Aux Boiler & Exhaust Details to be indicated by the bidder.
gas economizer
25 Oil Bilge separator Minimum 1 Set, Abt. 5 M3 /h.
26 Sewage Treatment PlantOne (1) unit IMO approved type suitable for
minimum persons on board, meeting with
latest MARPOL requirement.
27 Sewage Holding Tank Details to be indicated
28 Incinerator Minimum 1 set, IMO approved type, details
to indicate
29 Water Ballast Pumps Minimum 2 Nos. Electric driven
(Only Reputed OEM/Korean Licensee/
Japanese Licensee manufactured Make &
Model will be accepted).
30 Tank heeling system Details to be indicated by the bidder.
Fuel Oil tanks Capacity and endurance to be specified by
31 the bidder.
32 i) Deck Machinery Electric / Hydraulic Driven. Details to be
indicated.
ii) Windlass /Mooring Details to be indicated by the bidder.
winches
iii) Type of chocks Details to be indicated by the bidder.
iv) Rollers Details to be indicated by the bidder.
33 Cranes for handling E/R To have sufficient SWL & outreach. Details
spares & to beindicated.
provision stores
34 Accommodation (for Details to be indicated by the bidder.
ship officers /
crew / Suez Crew).
35 Air Conditioning Plant Suitable A.C. accommodation for minimum
persons onboard.
36 i) Navigation Vessel should have all navigational &
Equipment & communicational equipments of reputed
Communication make, Conforming to IMO
Equipment. Guidelines/SOLAS requirement. Radio
installation according to GMDSS
requirement for sea area A1, A2 & A3 to be
provided.
ii) Fleet broad band. Details to be indicated by the bidder.
iii) ECDIS At least one independent ECDIS IMO
compliant Details to be indicated by the
bidder.
37 Life Saving Equipment The vessels to be fitted with LSA / equipment
of reputed make, as per the SOLAS, LSA
Code & all latest applicable regulations
including life boat hooks arrangement.
Details to be indicated by the bidder.
38 Fire Fighting Equipment The vessels to be fitted with FFA /
equipment as per the SOLAS, FSS Code &
all latest applicable regulations of reputed
make.
Details to be indicated by the bidder.
9
39 Power Supply 440V, 60 Hz/ 50 Hz, 3 phases.
40 Spares & Tools List of spares & tools onboard to be
furnished.
41 Coating System Ballast Tanks, FW tanks and Underwater
coating details / scheme to be specified.
42 Ballast Water Details to be specified by the bidder.
Treatment system. USCG Type approved system or IMO Type
approved system. Certificate of BWTS to be
submitted.
43 Central Fresh Water Details of the system to be indicated.
Cooling System
44 Dangerous cargoes in Detailed list of cargoes as per IMDG which
closed containers. can be carried in the vessel to be specified.
45 Lashing bridge Details to be provided by the bidder. Lashing
software details also to be provided.
46 3 PSC & 3FSI To be provided by the bidder.
Inspection reports (No
detention clauses
pending) and latest
class listings.
47 Class Approved Documents (as applicable) to be submitted with un-
priced bid:
i) General Arrangement Plan & Midship section
ii) Current Registry Certificate including first registry certificate to
confirm the age of vessel as on date of Techno Commercial Bid
opening (TBO).
iii) Continuous Synopsis Report
iv) Capacity Plan & DWT Scale.
v) Hull piping diagram including Ballast Piping System.
vi) E/R piping system
vii) Copy of Speed-Power Curve during sea trial
viii) Copy of SFOC- Engine Power Curve (M/E Shop Test data).
ix) Mooring arrangement including compliance with SOLAS Reg II-
1/3-8
x) Electric Load Analysis
xi) EEXI calculations approved by Class / Administration
xii) SEEMP III document approved by Class / Administration
xiii) ISPS measures (Hardware installed onboard) taken while passing
through high risk areas.
48 Other Capabilities: - Not withstanding what may have been stated
elsewhere, all documents/certificates should also be enclosed with the
un -priced bids so as to allow us to assess the capabilities of the
offered vessel.
49 Bidder has to indicate the list of Equipments or any items which do not
belong to the vessel or are on lease. However, any such item(s) which
is/are required under statutory regulations, have to be provided by the
sellers at the time of delivery.
50 Maker list to be submitted.
For Major equipment reputed OEM manufactured/Korean
Licensee/Japanese Licensee Make & Model will be accepted.
Country of Origin of all major equipment to be specified.

**********
11
Annexure 2

GUIDELINES FOR ELIGIBILITY OF A “BIDDER” FROM A COUNTRYWHICH SHARES A


LAND BORDER WITH INDIA
i. Any bidder from a country which shares a land border with India will be eligible to bid in
this tender only if the bidder is registered with the Competent Authority.

ii. “Bidder” (including the term „tenderer‟, „consultant‟ or „service provider‟ in certain
contexts) means any person or firm or company, including any member of a consortium or
joint venture (that is an association of several persons, or firms or companies), every
artificial juridical person not falling in any of the descriptions of bidders stated hereinbefore,
including any agency branch or office controlled by such person, participating in a
procurement process.

iii. “Bidder from a country which shares a land border with India” for the purpose of this Order means:-

a. An entity incorporated, established or registered in such a country; or


b. A subsidiary of an entity incorporated, established or registered in such a country; or
c. An entity substantially controlled through entities incorporated, established or registered
in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or joint venture falls
under any of the above.

iv. The beneficial owner for the purpose of (III) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical
person, has a controlling ownership interest or who exercises control through other
means.
Explanation -
a) “Controlling ownership interest” means ownership of or entitlement to more than twenty-five percent of share or capital or profits of the company;

b) “Control” shall include the right to appoint majority of the directors or to control the
management or policy decisions including by virtue of their shareholding or
management rights or shareholders agreements or voting agreements;

2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether
alone or together, or through one or more juridical person, has ownership of entitlement to
more than fifteen percent of capital or profits of the partnership;

3. In case of an unincorporated association or body of individuals, the beneficial owner is


the natural person(s), who, whether acting alone or together, or through one or more
juridical person, has ownership of or entitlement to more than fifteen percent of the
property or capital or profits of such association or body of individuals;

4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner
is the relevant natural person who holds the position of senior managing official;

5. In case of a trust, the identification of beneficial owner(s) shall include identification of


the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in
the trust and any other natural person exercising ultimate effective control over the trust
through a chain of control or ownership.

12
v. An Agent is a person employed to do any act for another, or to represent another in
dealings with third person.
vi. The successful bidder shall not be allowed to sub-contract works to any contractor from a country which shares a land border with
India unless such contractor is registered with the Competent Authority.

UNDERTAKING
I/We have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India; I/We hereby certify that I/we am/are not from such a
country OR from such a country and my/our certificate of registration with the Competent
Authority is attached herewith (strike out whichever is not applicable). I/ we hereby certify that I/
we fulfill all requirements in this regard and are eligible to be considered.

Place: Signature of the Bidder


Date : with rubber stamp of the Company

Enclosures:
1. Wherever applicable, evidence of valid registration by the Competent Authority shall be
attached.

13

You might also like